HomeMy WebLinkAboutR-2025-161 Award and Enter into Agreement Hawkins Inc. Bulk Chemical Purchases (ITB 25-021)RESOLUTION NO. 2025-161
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO ENTER INTO AN AGREEMENT WITH HAWKINS WATER TREATMENT GROUP, INC. (D/B/A HAWKINS INC.) RELATING TO THE CITY’S
INVITATION TO BID (“ITB”) NO. 25-021 ENTITLED, “BULK CHEMICAL
PURCHASES FOR WATER PLANT”, WHICH AGREEMENT WILL EXCEED THE ANNUAL VENDOR THRESHOLD AMOUNT OF FIFTY THOUSAND DOLLARS ($50,000.00); TO BE VALID EACH YEAR THE CONTRACT IS IN PLACE,; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the water treatment plant uses a membrane filtration system to assist in the
water treatment process. This system uses chemicals to keep the filters from being damaged
from the raw water supply and to assist with the water quality after filtration. These chemicals
are vital for water quality as well as iron and manganese removal; and
WHEREAS, the Public Services Department is requesting that the City Commission
authorize the award and enter into an agreement with Hawkins Inc. for ITB No. 25-021 “Bulk
Chemical Purchases for Water Plant”; and
WHEREAS, on September 5, 2025, the City received one response to ITB No. 25-021
“Bulk Chemical Purchases for Water Plant”; and
WHEREAS, the Dania Beach Code of Ordinances, Chapter 2, Article 1, Section 2-10,
“Monetary thresholds for certain purchases and payment disbursement authorizations”,
Subsection (a), sets the monetary threshold or limitation at Fifty Thousand Dollars ($50,000.00)
for a vendor each fiscal year; and
WHEREAS, after review of the submitted bid, the Bid Committee consisting of the
Deputy Public Services Director, the Water Plant Manager and the Lead Project Manager agreed
that Hawkins Inc. was the best qualified for the City’s needs; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF DANIA BEACH, FLORIDA:
Section 1. That the above “Whereas” clauses are ratified and confirmed, and they are
made a part of and incorporated into this Resolution by this reference.
2 RESOLUTION #2025-161
Section 2. That the City Commission authorizes the proper City officials to execute
an agreement with Hawkins Water Treatment Group, Inc. for “Bulk Chemical Purchases for
Water Plant”, which Agreement is attached as Exhibit “A” and incorporated into this Resolution
by this reference.
Section 3. That funding for this Agreement will exceed the annual vendor threshold
of $50,000.00 to be valid each the contract is in place and will be appropriated from the
“Operating Supplies Chemicals” Account NO. 401-33-03-533-52-40 and for a total amount of
One Hundred Thousand Dollars ($100,000.00).
Section 4. That all resolutions or parts of resolutions in conflict with this Resolution
are repealed to the extent of such conflict.
Section 5. That this Resolution shall be effective 10 days after passage.
PASSED AND ADOPTED on October 28, 2025.
Motion by Vice Mayor Salvino, second by Commissioner Lewellen.
FINAL VOTE ON ADOPTION: Unanimous X
Yes No
Commissioner Archibald J. Ryan IV ____ ____
Commissioner Lori Lewellen ____ ____
Commissioner Luis Rim ____ ____
Vice Mayor Marco Salvino ____ ____
Mayor Joyce L. Davis ____ ____
ATTEST:
ELORA RIERA, MMC JOYCE L. DAVIS
CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS:
EVE A. BOUTSIS CITY ATTORNEY
1
AGREEMENT BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND HAWKINS WATER TREATMENT GROUP, INC., FOR THE
PURCHASE AND DELIVERY OF BULK CHEMICALS AS FURTHER DESCRIBED IN THE CITY’S INVITATION TO BID (“ITB”) NO. 25-021 ENTITLED, “BULK CHEMICAL PURCHASES FOR WATER PLANT. \ This Agreement (“Agreement”) is made this _____ day of ______________, 2025, by and
between CITY OF DANIA BEACH, FLORIDA, a Florida municipal corporation, with its
principal office at 100 West Dania Beach Boulevard, Dania Beach, FL 33004 (“City”) and HAWKINS WATER TREATMENT GROUP, INC., a Minnesota corporation authorized to do business in Florida, with a principal mailing address of 2381 Rosegate, Roseville, MN 55113 (“Vendor” or “Contractor”).
1.0 RECITALS 1.1 The City issued Invitation to Bid (ITB) No. 25-021, “Bulk Chemical Purchases for Water Plant.”
1.2 Hawkins Water Treatment Group, Inc. submitted the lowest responsive and responsible bid. 1.3 On October 28, 2025, the City Commission authorized execution of this Agreement and expenditures exceeding $50,000.00 annually.
1.4 The parties desire to formalize their understanding in this Agreement. 2.0 SCOPE OF SERVICES 2.1 Vendor shall furnish and deliver bulk treatment chemicals (including but not
limited to sodium hypochlorite, sodium hydroxide, ferric sulfate, sodium permanganate, and other approved treatment chemicals) to the City’s Water Treatment Plant, in accordance with ITB No. 25-021 and Hawkins’s Bid Form, attached as Exhibit A.
2.2 All products must comply with applicable AWWA, NSF/ANSI Standard 60, and
FDACS specifications. 2.3 Deliveries shall be made to: City of Dania Beach Water Treatment Plant, 1201 Stirling Road, Dania Beach, FL 33004. Vendor shall maintain adequate supply to ensure
uninterrupted service to the water facility.
2
3.0 TERM
This Agreement shall commence upon full execution and shall remain in effect through
December 31, 2025, with up to two (2) optional one-year renewals upon mutual written consent, subject to annual appropriation and satisfactory performance. 4.0 COMPENSATION 4.1 City agrees to pay Vendor in accordance with the unit prices set forth in Exhibit A (Hawkins Bid Form). The total annual expenditure shall not exceed $100,000.00 4.2 Invoices shall be submitted monthly to the City of Dania Beach Finance
Department, Attn: Accounts Payable (ap@daniabeachfl.gov), with a copy to the Public
Services Department, Attn: Water Plant Manager. 4.3 Payment shall be made within 30 days of approval, pursuant to the Local Government Prompt Payment Act (F.S. 218.70 et seq.).
5.0 REQUIREMENTS Vendor shall maintain 24-hour emergency response capability for spill, leak, or contamination events. Vendor shall provide all necessary Safety Data Sheets (SDS) and maintain proper labeling per OSHA HazCom 2012. Deliveries must be made only by certified drivers trained in
hazardous materials handling. 6.0 INSURANCE AND INDEMNIFICATION Vendor shall maintain insurance coverage not less than those required under Exhibit B,
including:
• Commercial General Liability – $1,000,000 per occurrence
• Automobile Liability – $1,000,000 combined single limit
• Workers’ Compensation – statutory limits
• Pollution Liability – $1,000,000 minimum
City shall be named as additional insured. Vendor shall indemnify and hold harmless the City, its
officials, and employees from all claims, damages, or losses arising out of Vendor’s negligent acts or omissions.
3
7.0 TERMINATION
7.1 For Convenience: The City may terminate upon 10 calendar days’ written notice.
7.2 For Cause: Immediate termination may occur upon Vendor default or failure to perform.
7.3 Fiscal Non-Appropriation: If funds are not appropriated, the City may terminate
without penalty. 8.0 PUBLIC RECORDS COMPLIANCE
Vendor shall comply with Chapter 119, Florida Statutes, and maintain all records related to this
Agreement. City’s Custodian of Records: Eloria Riera, MMC – City Clerk, 100 West Dania Beach Boulevard, Dania Beach, FL 33004, eriera@daniabeachfl.gov 954-924-9800 x3623.
9.0 INDEPENDENT CONTRACTOR Vendor is an independent contractor and not an agent or employee of the City.
10.0 GOVERNING LAW AND VENUE
This Agreement shall be governed by the laws of the State of Florida. Venue for all actions shall lie exclusively in the Seventeenth Judicial Circuit, Broward County, Florida.
11.0 MISCELLANEOUS
11.1 Assignment: Prohibited without City’s prior written consent. 11.2 Scrutinized Companies: Vendor certifies compliance with F.S. 215.4725 (Boycott
of Israel).
11.3 Sovereign Immunity: City’s liability is limited by F.S. 768.28. 11.4 Entire Agreement: This document and attached exhibits constitute the full
agreement and supersede prior discussions or representations.
4
IN WITNESS OF THE FOREGOING, the parties have set their hand and seal the day and year first written above.
ATTEST: CITY OF DANIA BEACH, FLORIDA, a Florida municipal corporation
ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS
EVE A. BOUTSIS ANA M. GARCIA, ICMA-CM CITY ATTORNEY CITY MANAGER
5
WITNESSES: CONTRACTOR:
Hawkins Water Treatment Group, Inc., a Foreign corporation authorized to conduct business in Florida, d/b/a Hawkins, Inc.
Signature Signature
PRINT Name PRINT Name
Signature Title
Dated: ___________________, 2025 PRINT Name
STATE OF )
COUNTY OF )
The foregoing instrument was acknowledged before me by means of ☐ physical
presence or ☐ online notarization, on , 2025 by ___________ ,
as of Hawkins Water Treatment Group, Inc., a foreign
corporation authorized to conduct business in Florida and d/b/a Hawkins, Inc. He/she is
personally known to me or has produced as identification.
Notary Public, State of ___________ Print Name My Commission Expires:
1
CITY OF DANIA BEACH, FLORIDA
BULK CHEMICAL PURCHASES FOR WATER PLANT
CITY INVITATION TO BID (“ITB”) NO. 25-021
Prepared by:
City of Dania Beach, Florida 100 W. Dania Beach Boulevard
Dania Beach, FL 33004
Thursday, August 7, 2025
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
2
Table of Contents
1. NOTICE TO BIDDERS
2. GENERAL TERMS & CONDITIONS
3. SPECIAL CONDITIONS
4. SCOPE OF WORK
5. BID FORM
6. BIDDER SUBMISSIONS
Attachments:
C - Term_Contract_Agreement_(General_or_Professional_Services)_
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
3
1. NOTICE TO BIDDERS
CITY OF DANIA BEACH, FLORIDA
INVITATION TO BID FOR
"BULK CHEMICAL PURCHASES FOR WATER PLANT"
25-021
NOTICE IS GIVEN that the City of Dania Beach, Florida (the “City” or “Owner”) will be accepting sealed
Bids for its “BULK CHEMICAL PURCHASES FOR WATER PLANT, 25-021”.
Bids will be accepted on the City's e-Procurement Portal at
https://procurement.opengov.com/portal/daniabeachfl until Friday, September 5, 2025, at 10:00 am. Bids
received after this time will be rejected.
All submissions will remain confidential and exempt from public record disclosure requirements until the
response opening is conducted.
PROJECT DOCUMENTS
Documents may be obtained from
https://procurement.opengov.com/portal/daniabeachfl/projects/179280.
Bids must be submitted electronically on the City's e-Procurement Portal at
https://procurement.opengov.com/portal/daniabeachfl, the City’s designated electronic bidding system.
All bid prices shall be guaranteed firm for a minimum of one hundred twenty (120) calendar days after the
submission of the bid. No bidder may withdraw a bid within ninety (90) calendar days after the bid opening
date.
Pursuant to Florida law, all Bids are exempt public records until thirty (30) days after opening, or award of bid,
whichever is sooner. In the event presentations are necessary, all non-presenting bidders will be required to exit
the room during the presentations of each of the other bidders as portions of selection committee meetings at
which presentations are made are exempt from Florida’s public meeting laws.
Bids will be publicly opened and read aloud immediately after the submission deadline on the Bid due date
referenced above using RingCentral meeting software, in the presence of the City Clerk or designee on the
above stated date. Award of a contract will be made at a subsequent City Commission meeting
All bidders are advised that the City has not authorized the use of the City seal or logo by individuals or
entities responding to City bids. Bidders shall demonstrate successful performance of projects of a similar
magnitude, scope and value as this project.
The City Commission of the City of Dania Beach reserves the right to reject any and all bids, to waive any
informality in a bid and to make an award in the best interests of the City, as Owner.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
4
CITY OF DANIA BEACH, FLORIDA
Published on: Thursday, August 7, 2025
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
5
2. GENERAL TERMS & CONDITIONS
2.1 NO BIDS OR PROPOSALS
If a Bidder or Offeror does not intend to bid or submit a proposal, please indicate the reason, such as insufficient
time to respond, do not offer product or service, unable to meet specifications, schedule would not permit, or
any other reason.
2.2 CAUSES FOR REJECTION OF A BID OR PROPOSAL
A. No bid or proposal will be considered or accepted that, in the opinion of the City, is informal or
unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its own
proportion of the cost as nearly as is practicable. However, the City shall be under no obligation to
investigate the correctness of any bid or proposal, and the Bidder or Offeror by signing the bid or
proposal shall be deemed to have verified that no errors appear in the bid or proposal as submitted. Any
alterations, erasures, interlineations or failures of a bid or proposal to contain all items called for in the
solicitation may result in rejection of the bid or proposal.
B. If any Bidder or Offeror violates any provision in the solicitation, such Bidder or Offeror may be
disqualified from performing the Project Work, or from furnishing the requested services for which the
bid or proposal was submitted, and the Bidder or Offeror may be further disqualified from bidding or
submitting proposals on any future bids or proposals for work, for goods, or for services for the City.
2.3 GENERAL CONDITIONS
A. Purpose: The purpose of the Invitation to Bid is to establish between the City and the Contractor an
agreement to perform the project work.
B. Documentation: Bidder shall submit in its bid the following:
1. Evidence that the Bidder is certified and licensed to perform the required services in the State of
Florida. The successful Bidder must be in compliance with all applicable laws and regulations;
2. A statement stating the number of years the Contractor has been a qualified provider of the requested
services; and
3. A complete Bidder’s Questionnaire; it is made a part of and is incorporated into the ITB by this
reference.
C. Bidder Expenses: Bidders are solely responsible for their own expenses in preparing and submitting
Bids, and for any meetings, negotiations or discussions with the City or its representatives and
consultants, relating to or arising from this ITB. The City and its representatives, agents, consultants and
advisors shall not be liable to any Bidder for any claims, whether for costs, expenses, losses or damages,
or loss of anticipated profits, or for any other matter whatsoever, incurred by any Bidder in preparing
and submitting a Bid, or participating in negotiations for a contract, or any other activity related to or
arising out of this ITB.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
6
D. No Contract: By submitting a Bid and participating in the process as outlined in this ITB, Bidders
expressly agree that no contract of any kind is formed under or arises from this ITB prior to the
complete signing by both parties of a formal written contract.
E. Conflict of Interest: Bidders shall disclose any potential conflicts of interest and existing business
relationships they may have with the City. If requested by the City, a Bidder should provide all pertinent
information regarding ownership of the entity within forty-eight (48) hours of the City’s request.
F. General Conditions: The agreement to be awarded will be subject to the provisions of the United States
Constitution, Florida laws, statutes and ordinances of the United States of America, the State of Florida,
Broward County and the City of Dania Beach.
2.4 SPECIAL CONDITIONS
A. Any and all Special Conditions contained in the solicitation that may be in variance or conflict with the
General Conditions shall have precedence over the General Conditions. If no changes or deletions to
General Conditions are made in the Special Conditions, then the General Conditions shall prevail in
their entirety.
B. The solicitation, Bidder Submissions, Specifications, Attachments, Addendum or Addenda, the legal
advertisement of the solicitation and any other pertinent documents form a part of the solicitation, and
ultimately, the agreement; all of the documents are made a part of and are incorporated into the
solicitation and the awarded agreement.
2.5 PUBLIC ENTITY CRIMES STATEMENT
A person or affiliate who, or which has been placed on the State of Florida convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a
public entity, may not submit a bid or proposal on a contract with a public entity for the construction or repair of
a public building or public work, may not submit bids or proposals on leases of real property to a public entity,
may not be awarded or perform work as a Contractor, supplier, subcontractor or consultant under an agreement
with any public entity, and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017 F. S. for CATEGORY TWO, which is $35,000.00, for a period of thirty-six (36)
months from the date of being placed on the convicted vendor list. A form to that effect, as mentioned above,
must be submitted by the Bidder or Offeror. A copy of the Sworn Statement on Public Entities Crimes can be
found in the attachments; a copy is made a part of and is incorporated into the solicitation by this reference.
2.6 PRICES, TERMS ARE TO BE FIRM
A. The Bidder or Offeror warrants by virtue of its Bid or proposal that the prices, terms and conditions
contained in the solicitation shall be firm for a period of no less than one hundred twenty (120) calendar
days from the date of the solicitation opening.
B. The bid or proposal prices shall include all permit fees, royalties, license fees, taxes and other costs
arising from the use of the materials and equipment in any way involved in the Project Work, as well as
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
7
all costs of packaging, transporting and delivery of any materials and equipment to the designated
location within the City, and the site cleanup.
C. The City may require the addition or deletion of services from the Contractor if the requirements and
needs of the City change, in City’s sole opinion. This may entail additional services and additional
locations. The Contractor shall provide the City with costs for these additional services and additional
locations or both, based upon the cost structure utilized in establishing the pricing for listed locations in
initially contracted areas. Deletion of locations, services, or both shall be handled in the same manner as
described above. If the costs offered are not acceptable to the City, the City reserves the right to procure
the additional services from one or more other Contractors.
2.7 PROTECTION OF PROPERTY
A. The successful Bidder or Offeror shall at all times guard against damage or loss to City property or
property of other persons, vendors or Contractors and shall be responsible for replacing or repairing any
such damage or loss. The Contractor will be required to report any such damages immediately to the
City’s representative in charge of the Project. The successful Bidder or Offeror shall ensure that the area
in which the sidewalks are being replaced that pedestrians, and the general public are not injured nor
have access to the area (safety screening) in which work is proceeding.
B. The City reserves the right to repair any damages created by the Contractor and to deduct the
appropriate amount from any payment due to the Contractor. In all cases, the decision of the City is
final.
2.8 TRASH
Contractor shall be responsible for the daily removal of trash and debris from the Project work sites and upon
completion of the Project Work.
2.9 INSTRUCTIONS TO BIDDERS
Taxes: The City is exempt from any taxes related to the requested services, which may otherwise be imposed
by the state or federal government. This exemption does not transmit to suppliers in their purchases of goods or
services, used in work or goods supplied to the City. The Contractor shall pay all applicable sales, consumer,
use and other similar taxes required by law. The Contractor is responsible for reviewing the pertinent state
statutes involving the sales tax and complying with all requirements.
2.10 RETENTION OF RECORDS AND RIGHT TO ACCESS
The successful Bidder or Offeror shall preserve and make available all financial records, supporting documents,
statistical records, and any other documents pertinent to the agreement for a period of three (3) years after
termination or conclusion of the agreement, or if an audit has been initiated and audit findings have not been
resolved at the end of these three (3) years, the records shall be retained by the City until resolution of audit
finding.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
8
2.11 NON-COLLUSION STATEMENT
By submitting a bid or proposal, the Bidder or Offeror affirms that the bid or proposal is without previous
understanding, agreement, or connection with any person, business, or corporation and that the bid or proposal
is in all respects fair, and made without collusion or fraud. The Non-Collusion Affidavit form must be executed
by the Bidder or Offeror; a copy of the form can be found in the Bidders Submissions; it is made a part of and is
incorporated into the solicitation by this reference.
2.12 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS
The technical specifications may include items that are considered minimum, mandatory, or required. If any
Bidder or Offeror is unable to provide these items, and feels that the technical specifications are overly
restrictive, the Bidder or Offeror must notify the City of Dania Beach in writing immediately. Such notification
must be received by the City prior to the deadline contained in the solicitation, for questions of a material
nature, at least ten (10) calendar days prior to the solicitation opening date. If no such notification is received
prior to that deadline, the City will consider the technical specifications to be acceptable to the Bidder or
Offeror.
2.13 PUBLIC RECORDS
A. Bid or Proposal Submissions Shall Become City Property: All submissions become the property of
the City and will not be returned to the Bidder or Offeror. The City will hold all submissions in
confidence unless otherwise required by law.
B. Contractor’s Obligations: Bidders or Offerors should be aware the City is a “public body” as defined
in Florida Statutes, Section 119.011(2) and that it is subject to Florida Statutes, Section 119.0701(2) (a),
and the related provisions of the Florida Public Records Law. If awarded this project, the following will
apply:
1. Documents to Be City Property: Unless otherwise provided by law, any and all records, including
but not limited to reports, surveys, and other data and documents provided or created in connection
with the contract are and shall remain the property of the City.
2. Maintenance of Records: Bidder or Offeror agrees to keep and maintain public records in Bidder’s
or Offeror's possession or control in connection with Bidder’s or Offeror's performance under the
contract. Bidder or Offeror additionally agrees to comply specifically with the provisions of Section
119.0701, Florida Statutes. Bidder or Offeror shall ensure that public records that are exempt or
confidential and exempt from public records disclosure requirements are not disclosed, except as
authorized by law, for the duration of the contract, and following completion of the contract until the
records are transferred to the City.
3. Response to Public Records Requests: Upon request from the City custodian of public records,
Bidder or Offeror shall provide the City with a copy of the requested records or allow the records to
be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by
Chapter 119, Florida Statutes, or as otherwise provided by law.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
9
4. Delivery of Records: Upon completion of the contract or in the event of termination by either party,
any and all public records relating to the contract in the possession of the Bidder or Offeror shall be
delivered by the Bidder or Offeror to the City Manager, at no cost to the City, within seven (7) days.
All such records stored electronically by Bidder or Offeror shall be delivered to the City in a format
that is compatible with the City’s information technology systems. Once the public records have
been delivered upon completion or termination of the contract, the Bidder or Offeror shall destroy
any and all duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. Any compensation due to Bidder or Offeror shall be withheld until all
records are received as provided in this solicitation.
5. Failure to Comply: Bidder’s or Offeror's failure or refusal to comply with the provisions of this
section shall result in the immediate termination of the contract by the City.
C. Florida Public Records Law: Pursuant to Section 119.0701(2) (a), Florida Statutes:
IF THE BIDDER OR OFFEROR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S OR OFFEROR'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THE CONTRACT, THE BIDDER OR OFFEROR MUST
CONTACT THE CITY CUSTODIAN OF PUBLIC RECORDS.
Custodian of Records: Elora Riera, City Clerk
Mailing Address: 100 W. Dania Beach Boulevard, Dania Beach, Florida 33004
Telephone number: 954-924-6800, Ext. 3623
Email: eriera@daniabeachfl.gov
2.14 SUCCESSORS AND ASSIGNS
The City and Contractor, respectively, will bind themselves, their partners, successors, assigns and legal
representatives to the agreement. Neither party to the agreement shall assign or subcontract it or any portion of
it, without the advance written consent of the other.
2.15 QUALIFICATION OF BIDDERS OR OFFERORS
A. Bidders’ or Offeror's Qualifications: The Bidder or Offeror shall complete the Questionnaire Section,
along with any other evidence of satisfactory experience and ability to perform the proposed Work. The
failure of Bidder or Offeror to demonstrate successful performance of projects of a similar magnitude,
scope and value as this project may be deemed to be grounds for declaring the Bidder or Offeror to be
non-responsible.
B. Certified Financial Statement: If requested by the Owner, the Bidder or Offeror shall submit a
certified financial statement, prepared within thirty (30) days of submission of the bid, indicating current
financial resources, liabilities, capital equipment, and financial history performance.
C. Disqualification: A Bidder or Offeror shall be disqualified and its unopened Bid or Proposal shall be
rejected by the City for any one or more of the following reasons:
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
10
1. Reason to believe that collusion exists among the Bidders or Offerors.
2. The Bidder or Offeror is or has been involved directly or indirectly in litigation or arbitration against
the Owner within the past ten (10) years.
3. The Bidder or Offeror has defaulted on any previous contract with the Owner within the past ten
(10) years or is in arrears on an existing contract.
4. The submittal of more than one Bid or Proposal from an individual, firm, partnership, corporation or
association under the same or different names. All such parties shall be disqualified.
5. Untimely bids or proposal shall be automatically and absolutely disqualified and returned unopened.
Excuses for the untimely submittal shall not be accepted. The time of bid or proposal receipt
documented by the City Clerk’s office shall determine the timeliness of the Bid or Proposal.
D. Non-responsible Bidder or Offeror : A Bidder or Offeror may be determined by the Owner to be
“non-responsible” once Bids or Proposals are opened, and a Bid or Proposal may be rejected for any one
or more of (but not limited to) the following reasons:
Determination of a lack of competency as may be revealed by qualification statements, financial
statements, experience records or other information disclosed to Owner by other sources.
The Bidder's or Offeror's uncompleted or pending workload on other projects, which in the judgment of
the Owner may cause detrimental impact on timely completion of the Work.
The appearance of an unbalanced Bid or Proposal, as determined by the Owner.
If the Bidder or Offeror makes one or more false statements or provides false information in connection
with any portion of the bidding documents.
If the Bidder or Offeror fails to demonstrate successful performance and completion of projects of a
similar magnitude, scope or value as this project.
E. Non-responsive Bidder or Offeror : A Bidder or Offeror may be deemed to be non-responsive and a
Bid or Proposal may be rejected for any of, but not limited to, the following reasons:
1. If the Bidder or Offeror fails to submit a complete Bid or Proposal, including but not limited to,
submitting evidence of all insurance coverages required by the Bid or Proposal and the Contract
Documents.
2. If the Bidder or Offeror fails in any way to abide by any of the provisions of the Contract
Documents.
2.16 CONTRACTOR'S RELATION TO THE CITY - INDEPENDENT CONTRACTOR
It is expressly agreed upon and understood that the Contractor will be in all respects an independent contractor
as to the Project Work, and that the Contractor is in no respect an agent or employee of the City. The agreement
will specify the Project Work to be done by the Contractor, but the method to be employed to accomplish the
work shall be the responsibility of the Contractor, unless otherwise provided in writing in the agreement.
Contractor and its employees are not entitled to any of the benefits that the City provides for City employees.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
11
2.17 EMPLOYEES OF THE CONTRACTOR
A. Contractors shall only designate employees who are sufficiently skilled to provide the required services
specified in the solicitation. Any person employed to provide the services who fails, refuses or neglects
to obey the instructions of the City's representative in anything relating to these services, or who appears
to be disorderly, insubordinate, or incompetent shall upon the order of City's representative, be
immediately relieved by the Contractor from the Project Work. Any interference with, or any abusive or
threatening conduct toward any City representative, its assistants or inspectors by the Contractor, its
employees or agents, or any member of the public shall be grounds for the City to terminate the
agreement and re-let the work. The Contractor shall furnish all labor, materials, supplies and equipment
necessary to properly maintain all Project Work areas in an acceptable and safe condition.
B. Contractor agrees that it and its officers shall be held fully responsible, except as otherwise prohibited
by law, for all acts of their employees while in their employ.
2.18 AVAILABILITY OF FUNDS
The obligations of the City under the awarded agreement will be subject to the availability of funds.
2.19 LICENSES, PERMITS, AND FEES
In accordance with the Public Bid Disclosure Act, Section 218.80, Florida Statutes, each license, permit, or fee
a Contractor will have to pay the City before or during the work, items or services to be provided or the
percentage method or unit method of all licenses, permits, and fees required by the City and payable to the City
by virtue of the work, items, or services as part of the agreement are as follows:
A. Contractor shall have and maintain during the term of the agreement any and all appropriate City
licenses, fees (and business tax receipts, if applicable), which shall be paid in full in accordance with the
City's fee structure for such items. THERE WILL NOT BE ANY PERCENTAGE REDUCTION
OR WAIVING OF CITY LICENSES, FEES (OR BUSINESS TAX RECEIPTS, IF
APPLICABLE).
B. During the performance of the agreement, there may be times when the Contractor will be required to
obtain a permit for such work, or in connection with the items or services. It is the responsibility of the
Contractor to ensure that it has the appropriate permits as may become necessary during the
performance of the work. Any fees related to the required permits in connection with the agreement will
be the sole responsibility of the Contractor.
C. Licenses, permits, and fees may be required by Broward County, the state of Florida or the federal
government.
D. City will reimburse permit fee costs related to dewatering and National Pollutant Discharge Elimination
System (NPDES).
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
12
2.20 TERMINATION OF AGREEMENT
If the successful Bidder or Offeror who or which is awarded the contract fails to provide the services, or shall in
any other manner commit a breach of the agreement and fails to remedy the same within five (5) calendar days
after receipt of written notice from the City, the City may terminate the agreement resulting from the solicitation
without any further notice to the Contractor. City representatives will review the construction services
periodically to assure that the requirements of the agreement are being met. If any work is unsatisfactory, the
Contractor shall be contacted, and the discrepancies corrected at no additional cost to the City. If deficiencies
are not corrected within five (5) working days, the City may, at its option, perform the required services or
contract to have them performed and deduct the cost of those services from the agreement cost.
2.21 TERMINATION OF AGREEMENT FOR CAUSE
If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under the
agreement, or if the Contractor shall violate any of the provisions of the agreement, the City may upon written
notice to the Contractor, terminate the right of the Contractor to proceed under the agreement, or as to such part
or parts of the agreement for which there has been a default, and may hold the Contractor liable for any
damages caused to the City by reason of such default and termination. In the event of such default and
termination, any completed services performed by the Contractor under the agreement shall, at the option of the
City become the City's property and the Contractor shall be entitled to receive equitable compensation for any
work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the
City for damages sustained by the City by reason of any breach of the agreement by the Contractor, and the City
may withhold any payments to the Contractor for the purpose of set-off until such time as the amount of
damages due to the City from the Contractor can be determined. The City reserves the right to terminate the
agreement upon thirty (30) calendar days’ written notice, without cause.
2.22 INDEMNIFICATION AND HOLD HARMLESS PROVISIONS
A. The selected Contractor shall, in addition to any other obligation to indemnify the City and to the fullest
extent permitted by law, protect, defend, indemnify and hold harmless the City, including its agents,
elected officials and employees from and against all claims, actions, liabilities, losses (including
economic losses), or costs arising out of any actual or alleged:
1. bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including
the loss of use resulting therefrom, or any other damage or loss arising out of or resulting or claimed
to have resulted in whole or in part from any actual or alleged act or omission of the Contractor,
anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may
be liable in the performance of the work;
2. any violation of law, statute, ordinance, governmental administrative order, rule, regulation, or
infringement of patent rights by Contractor in the performance of the work;
3. liens, claims, actions made by the Contractor or other party performing the work; and
4. claims of whatsoever nature related to collection practices or any actions of a contradictory nature
pursuant to the Agreement or in an attempt to collect monies due or claimed to be due to the City.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
13
B. Indemnification for Construction Contracts. In the event that the performance of services under the
Contract is deemed to be a “construction contract” pursuant to §725.06, Florida Statutes, as it may be
amended from time to time, the following indemnification shall apply:
1. To the fullest extent permitted by Chapter 725, Florida Statutes, as it may be amended, the
Contractor agrees to indemnify and hold harmless the Owner, its officers, employees, and assigns
from liabilities, damages, losses, and costs including, but not limited to reasonable attorney fees, to
the extent caused by the negligence, recklessness, or intentionally wrongful misconduct of the
Contractor and persons employed or utilized by the Contractor in the performance of the provisions
in the Contract Documents.
2.23 INSURANCE REQUIREMENTS
BIDDER and their subcontractors, to the extent reasonably applicable to their respective scope of work,
provided that, BIDDER shall be responsible for any uninsured claims subject to the limitation of liability
hereunder and to the extent directly attributable to City’s failure to require such coverage, shall procure and
maintain for the duration of the term of the Agreement, insurance coverage compliant with the requirements set
forth in this Section, together with any additional insurance required by applicable federal, state, or local laws
and regulations, against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by the BIDDER, its agents, representatives, employees,
or subcontractors.
If BIDDER maintains broader coverage and/or higher limits than the minimums shown below for all policies,
the City requires and shall be entitled to the broader coverage and/or higher limits maintained by the BIDDER.
Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be
available to the City to the extent necessary to cover any actual damages suffered by the City.
I. Commercial General Liability
Limits of Liability (Minimum)
• Bodily Injury & Property Damage Liability
• Each Occurrence $1,000,000
• Policy Aggregate $2,000,000
• Personal & Advertising Injury $1,000,000
• Products & Completed Operations $1,000,000
Endorsements Required – Include in body of COI and/or Description of Operations
• Annual Aggregate shall apply “Per Project/Job”, if available
• Waiver of Subrogation in favor of the City, if available
• Insurance shall apply on a primary and non-contributory basis
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
14
• “The City of Dania Beach, Florida” is included as “Additional Insured”
• If Vendor’s Insurance includes coverage for with an “As Required By Written Agreement/Contract”
provision, then the following must be in place to establish such written agreement and trigger coverage:
o An executed written contract between the City and Vendor including these requirements; OR
o Statement on a Purchase Order or Invoice or other attachment thereof which includes the following
verbiage:
“Vendor will provide proof of General Liability insurance with Limits of $1,000,000 Per
Occurrence/$2,000,000 General Aggregate. City is included as Additional Insured.”
II. Business Automobile Liability
Limits of Liability (Minimum)
• Bodily Injury and Property Damage
• Combined Single Limit $1,000,000
• Any Auto/Owned Autos or Scheduled Autos
• Including Hired and Non- Owned Autos
• Any One Accident
Endorsements Required - Include in body of COI and/or Description of Operations
• City of Dania Beach included as an Additional Insured if appropriate and available
III. Workers’ Compensation / Employers’ Liability
A. Workers Compensation Limits: Statutory - State of Florida
• Waiver of Subrogation in favor of City, if available
B. Employers Liability Limits:
• $100,000 for bodily injury caused by an accident, each accident
• $100,000 for bodily injury caused by disease, each employee
• $500,000 for bodily injury caused by disease, policy limit
Workers Compensation must be provided for all persons fulfilling this contract, whether employed, contracted,
temporary or subcontracted.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
15
Contractor(s) must be in compliance with all applicable state and federal workers’ compensation laws,
including US Longshore and Harbor Workers Compensation Act, Jones Act (maritime), Federal Employers
Liability Act (railroad), etc.
In no event shall Vendor be permitted to utilize in the execution of this agreement, the following:
A. any employee, subcontractor or subcontractor employee that is exempted or purported to be exempt
from Workers’ Compensation insurance coverage; or
B. any employee, subcontractor or subcontractor employees who will be covered by an employee leasing
arrangement.
If exception is authorized, Proof of State of Florida Exemption is required for each person providing
work under this agreement. Written confirmation/Exemption Form is required for businesses exempt
from obtaining Worker’s Compensation coverage.
IV. Umbrella/Excess Liability (Excess Follow Form) can be utilized to provide the required limits. Coverage
shall be “following form” and shall not be more restrictive than the underlying insurance policy coverages,
including all special endorsements and City as Additional Insured status. Umbrella should include Employer’s
Liability.
Other Conditions Required:
Subcontractors’ Compliance: It is the responsibility of the contractor to ensure that all subcontractors comply
with all insurance requirements.
Cancellation Requirements: Required insurance shall always be maintained while vendor is on or utilizing
City premises. The above policies shall provide the City of Dania Beach with 10 days’ written notice of
cancellation or material change from the insurer. If the policies do not contain such a provision, it is the
responsibility of the Contractor to provide such notice.
Notice Requirements: If an insurable incident occurs while vendor is engaged in a City project, notification to
the City is required.
Insurance Carrier Financial Stability Requirements:
Insurance must be provided by companies authorized to do business in the State of Florida. City reserves the
right but not the obligation to reject any insurer providing coverage due to poor or deteriorating financial
condition.
The Company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial
strength, by the latest edition of Best Insurance Guide published by A.M. best Company, or its equivalent. All
policies or certificates of insurance are subject to review and verification by Risk Management. If a company is
downgraded during the agreement term, Vendor shall notify the City.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
16
Certificates of Insurance/Verification of Coverage: Proof of the required insurance must reflect all required
insurance above will be furnished by Vendor to the City of Dania Beach Human Resources Department by
Certificate of Insurance within 5 days of notification of award. All certificates (and any required documents)
must be received and approved by Human Resources before any work commences to permit Vendor time to
remedy any deficiencies.
Valid Certificates verifying coverage is in force as required above must be on file with the City at all times
during contract. If the policies renew during the term of the Contract, updated Certificates verifying coverage is
in force shall be submitted to the City within 10 days of expiration. Contractor and/or any Subcontractor shall
not perform or continue to work pursuant to this agreement, unless all coverages remain in full force and effect;
work delay is subject to provisions in this agreement. If vendor fails to provide proof of insurance within 7 days
of City’s receipt of notice at any time during this agreement, the City shall have the right to consider the
agreement breached, and therefore terminated.
A copy of Additional Insured Endorsement or other endorsements may be attached to the Certificate.
Notices/ Certificate Holder:
City of Dania Beach
100 West Dania Beach Boulevard
Dania Beach, FL 33004
Email: Wayne Fletcher
The City of Dania Beach, Florida reserves the right to review/revise, reject or accept any required
policies of insurance, including limits, coverages or endorsements, herein at the time of the insurance
submission.
2.24 SAFETY
A. The successful Bidder or Offeror shall be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the Project Work. The successful Bidder or Offeror
shall comply with the rules and regulations of the Florida Department of Commerce regarding industrial
safety (Florida Statutes, Section 440.56) and with the standards set forth in the federal Occupational
Safety and Health Act of 1970 (OSHA), and its amendments.
B. Bidder or Offeror, by submitting a bid or proposal, certifies that all materials and equipment to be
supplied for the Project will meet all federal and state requirements, including but not limited to, the
Occupational Safety and Health Act (OSHA).
2.25 WARRANTY
The Contractor shall warrant to the City that materials and equipment furnished under the agreement will be of
good quality and new unless otherwise required or permitted by the Contract Documents; that the Work will be
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
17
free from defects, and that the Work will conform to the terms and conditions of the agreement. Work not
conforming to those terms and conditions, including substitutions not properly approved and authorized may be
considered defective. The Contractor's warranty may exclude damage or defect caused by abuse, modifications
not executed by the Contractor, improper or insufficient City maintenance, improper operation, or normal wear
and tear under normal usage. The Contractor shall furnish satisfactory evidence as to the kind and quality of
materials and equipment. All manufacturers’ product warranties shall be registered in the City’s name and for
its sole benefit.
2.26 RESPONSIBLE BIDDER OR OFFEROR
No bid or proposal will be accepted from, nor will any agreement be awarded to, any person or entity who or
which is in arrears to the City of Dania Beach upon any debt or agreement, who or which is in default as surety
or otherwise upon any obligation to the City, who is deemed irresponsible or unreliable by the City, or who or
which has been found guilty or convicted of a Public Entity crime in any federal or state trial court of record.
2.27 PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL
INTERESTS IN GOVERNMENT CONTRACTING
Bidders or Offerors are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended,
that the City will not request documentation of or consider a Bidder's or Offeror's social, political, or ideological
interests when determining if the Bidder or Offeror is a responsible Bidder or Offeror. Bidders or Offerors are
further notified that the City's governing body may not give preference to a Bidder or Offeror based on the
Bidder's or Offeror's social, political, or ideological interests.
2.28 CONTRACTOR'S FINANCIAL/EXPERIENCE RECORD
The City shall have the right to investigate the financial condition and experience record of the Bidder or
Offeror, and determine to its satisfaction the competency of the Bidder or Offeror to undertake the requested
services in the solicitation.
2.29 SOLICITATION PROTEST PROCEDURE
A. After a Notice of Intent to Award a contract is posted, any actual or prospective Bidder or Offeror
claiming to be aggrieved in connection with the pending award of the Contract or any element of the
process leading to the award of the Contract may protest to the City Manager. A protest must be filed by
5:00 PM on the third (3rd) Business Day after posting of the Notice of Award (excluding the day that
the Notice is posted) or any right to protest is waived. The protest must be in writing, must identify the
name and address of the protester, and must include a factual summary of, and the basis for, the protest.
Filing shall be considered complete when the protest and a Bid Protest Bond are timely received by the
City Manager’s Office.
B. A Bid Protest Bond shall accompany the written protest, to compensate City for the expenses of
administering the protest. If the protest is decided in the protester's favor, the entire deposit shall be
returned to the protester. If the protest is not decided in the protester's favor, the deposit shall be retained
by the City. The deposit shall be in the form of a cashier's check, and shall be the one percent (1%) of
the amount of the pending award to the initial successful Bidder or five thousand ($5,000.00) dollars,
whichever is less.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
18
C. The Protest Committee shall have the authority to review, settle, and resolve all protests. Members of
the Protest Committee will be appointed by the City Manager. If the Protest Committee determines that
the pending award of a contract or any element of the process leading to the award involved a significant
violation of law, applicable rule or regulation, all steps necessary and proper to correct the violation
shall be taken. If the Protest Committee determines that the protest has merit, the City Manager shall
direct that all appropriate steps are to be taken to remedy it.
D. In the event of a timely protest, the City Manager shall stay the award of the Contract unless, after
consulting with the City Attorney and a representative from the City’s Department for which the
services are being obtained, the City Manager determines that the award of the Contract without delay is
necessary to protect the substantial interests of the City. The continuation of the bid award process under
these circumstances shall not preempt or otherwise affect the protest.
2.30 LITIGATION
A. In addition to any other provision of this solicitation, the City may, in its absolute discretion, reject a Bid
or Proposal if the Bidder or Offeror, or any officer or director of the Bidder or Offeror submitting the
Bid or Proposal, is or has been engaged directly or indirectly in legal action against the City, its elected
or appointed officers, representatives or employees in relation to any matter.
B. In determining whether or not to reject a Bid or Proposal under this section, the City will consider
whether the litigation is likely to affect the Bidder’s or Offeror's ability to work with the City, its
consultants and representatives and whether the City’s experience with the Bidder or Offeror indicates
that there is a risk that the City will incur increased staff and legal costs in the administration of the
contract if it is awarded to the Bidder or Offeror.
C. A contract with the successful Bidder or Offeror will include the following:
GOVERNING LAW; CONSENT TO JURISDICTION. The law of the State of Florida shall govern the
contract. The contract is not subject to arbitration. THE PARTIES EXPRESSLY WAIVE ALL
RIGHTS TO TRIAL BY JURY FOR ANY DISPUTES ARISING FROM, OR IN ANY WAY
CONNECTED WITH THIS AGREEMENT. THE PARTIES UNDERSTAND AND AGREE
THAT THIS WAIVER IS A MATERIAL CONTRACT TERM.
D. All claims, counterclaims, disputes and other matters in question between City and the Contractor
arising out of, relating to or pertaining to the Contract, the breach of it, the services of it, or the standard
of performance required in it, are to be addressed by resort to non-binding mediation as authorized under
the laws and rules of Florida; provided, however, that in the event of any dispute between the parties, the
parties agree to first negotiate with each other for a resolution of the matter or matters in dispute and,
upon failure of such negotiations to resolve the dispute, the parties shall resort to mediation. If mediation
is unsuccessful, any such matter may be determined by litigation in a court of competent jurisdiction in
Broward County, Florida, or the Federal District Court of the Southern District of Florida and
appropriate appellate courts for such venue and jurisdiction. If City or Contractor incurs any expense in
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
19
enforcing the terms of the Contractor, whether suit is brought or not, each party shall bear its own costs
and expenses including, but not limited to, court costs and reasonable attorney fees.
2.31 CONTRACT AWARD AND EXECUTION
A. Bid or Proposal Opening and Evaluation: The City will publicly open and announce all bids or
proposals it receives by total amount in accordance with the terms of the advertisement. The City will
verify all bidders or offerors have properly submitted and executed all required solicitation documents
and forms; review all bids or proposals for accuracy; prepare a tabulation of the bids showing the item
details and total bid for all responsible bids; check for conformance of all bids or proposals to the
engineer's estimate; evaluate unbalanced bid or proposal items; confirm the bid tabulations; and provide
a recommendation for award of bid or proposal or recommendation for re-advertisement, if appropriate,
to the City Commission.
B. Rejection of Bids or Proposals: The City may reject bids or proposals in the following circumstances:
1. where the low bid differs from the engineer's estimate by an unreasonable amount (reasonable
conformance pursuant to 23 CFR 635.114(c))
2. where obvious unbalancing of unit prices has occurred, or
3. where competition is considered to be inadequate relative to the size, type, and location of the
project.
C. Prohibition of Negotiations with Contractors or Bidders or Offerors: Negotiations with contractors
are not permitted during the advertisement, award, or execution period of the contracting process.
D. Contract Award and Execution: The City will enter into an initial contract of Two (2) years with the
option of three (3) one-year renewals with the lowest priced and the most responsive and responsible
bidder. If the City is unable to come to terms with the lowest priced and the most responsive and
responsible bidder, the City shall initiate the award process with the next lower priced most responsive
and responsible bidder, and so on, until a contract is executed.
The City is under no obligation to accept any Bid submitted. The City reserves the right in its sole
discretion to waive informalities in, or, at any time in the process and to reject any or all Bids at any
time.
All costs incurred in the preparation and presentation of any Bid shall be wholly absorbed by the Bidder.
All supporting documentation and manuals submitted with any Bid will become the property of the City
of Dania Beach unless otherwise requested by the Bidder at the time of submission.
2.32 CONE OF SILENCE
A. Cone of Silence: Definitions: “Cone of Silence,” as used in this solicitation, means a prohibition on any
communication regarding a particular Request for Proposal (“RFP”), Request for Qualification (“RFQ”)
or Invitation to Bid (“ITB”), between:
1. a potential vendor, service provider, Bidder or Offeror, bidder, lobbyist, or consultant, and:
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
20
2. a City Commission member, City’s professional staff including, but not limited to, the City Manager
and her staff, or any member of the City’s Selection Committee.
Restriction; Notice: A Cone of Silence shall be imposed upon this solicitation upon the advertisement of the
solicitation. At the time of imposition of the Cone of Silence, the City Manager or designee shall provide for
public notice of the Cone of Silence by posting a notice at City Hall. The City Manager shall issue a written
notice as to the Cone of Silence to the affected departments, file a copy of such notice with the City Clerk, with
a copy to each City Commissioner, and shall include in any public solicitation for goods or services a statement
disclosing the requirements of this section.
Termination of Cone of Silence: The Cone of Silence shall terminate at the beginning of the City Commission
meeting (whether a regular or special meeting) at which the City Manager makes a written recommendation of
award to the City Commission. However, if the City Commission refers the City Manager’s recommendation
back to the City Manager or staff for further review, the Cone of Silence shall be re-imposed until such time as
the City Manager makes a subsequent written recommendation.
Exceptions to Applicability: The provisions of this section shall not apply to:
1. Oral communications at pre-bid or pre-proposal conferences;
2. Oral presentations before the Selection Committee;
3. Public presentations made to the City Commission members during any duly noticed public meeting;
4. Communications in writing at any time with any City employee, unless specifically prohibited by the
solicitation. The Bidder or Offeror shall file a copy of any written communication with the City
Clerk. The City Clerk shall make copies available to any person upon request;
5. Communications regarding the solicitation between a potential vendor, service provider, Bidder or
Offeror, lobbyist or consultant and the City’s Procurement and Contract Services Agent or City
employee designated as responsible for administering the procurement process for the solicitation,
provided the communication is limited strictly to matters of process or procedure already contained
in the corresponding solicitation document;
6. Communications with the City Attorney and his staff;
7. Duly noticed site visits to determine the competency of a Bidder or Offeror regarding the solicitation
during the time period between the opening of Bids or Proposals and the time the City Manager
makes a written recommendation;
8. Any emergency procurement of goods or services pursuant to City Code;
9. Responses to the City’s request for clarification or additional information;
10. Contract negotiations during any duly noticed public meeting;
11. Communications to enable City staff to seek and obtain industry comment or perform market
research, provided all related communications between a potential vendor, service provider, Bidder
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
21
or Offeror, lobbyist, or consultant and any member of the City’s professional staff including, but not
limited to, the City Manager and his staff are in writing or are made at a duly noticed public meeting.
Penalties: Violation of this section by a particular Bidder or Offeror shall render any solicitation award or
contract to the Bidder or Offeror voidable by the City Commission or City Manager. Any person who violates a
provision of this section may be prohibited from serving on a City selection or evaluation committee. In
addition to any other penalty provided in this solicitation, violation of any provision of this section by a City
employee may subject the employee to disciplinary action.
Please contact the City Attorney for any questions concerning “Cone of Silence” compliance.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
22
3. SPECIAL CONDITIONS
3.1 INTERPRETATION AND CLARIFICATION OF BIDDING DOCUMENTS
A. All questions requiring interpretation or clarification of the bidding documents shall be submitted to the
project’s Q&A in the portal by NO VALUE at NO VALUE. Questions received after this time will not
be addressed.
B. For information pertaining to this ITB, Bidders shall submit questions to the portal. Such contact shall
be for clarification purposes only. Material changes, if any, to the scope of services or Proposal
procedures will be transmitted only by written addendum.
C. Interpretations or modifications of the bidding documents made in any manner other than Addendum or
Addenda issued by the City shall not be binding and shall have no effect.
D. The Bidder, prior to submitting a bid, shall acknowledge any Addendum or Addenda issued by the City
for this Project.
E. Costs for those matters not questioned and not addressed in an Addendum or Addenda, shall be the
responsibility of the Bidder, and Bidder shall be responsible to include such costs within the submitted
Bid.
F. Bidders shall use the Bid Document Forms furnished in the ITB.
G. In the event of a mathematical error in the extension of any unit price, or addition of total price, the unit
price shall prevail.
H. Insurance Coverage: Bidders who are responding to the Invitation to Bid (“ITB”) MUST comply with
all of the Insurance Requirements specified in the General Terms and Conditions of the Bid Documents
and the Agreement upon award to the successful Bidder.
3.2 BID SECURITY
A. Bid Security: Bid security is not required.
3.3 FLORIDA TRENCH SAFETY ACT
The Bidder shall include with its Bid, when applicable, all documentation required by the Florida "Trench
Safety Act", Section 553.63, Florida Statutes. The unit prices and total prices presented in the Bid, and those
presented in any subsequent change orders shall include the Bidder's cost for compliance with the applicable
trench safety standards.
3.4 QUALIFICATION OF BIDDERS
A. Bidders’ Qualifications: The Bidder shall complete the Bidders’ Questionnaire Section, along with any
other evidence of satisfactory experience and ability to perform the proposed Work. The failure of
Bidder to demonstrate successful performance of projects of a similar magnitude, scope and value as this
project may be deemed to be grounds for declaring the Bidder to be non-responsible.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
23
B. Certified Financial Statement: If requested by the Owner, the Bidder shall submit a certified financial
statement, prepared within thirty (30) days of submission of the bid, indicating current financial
resources, liabilities, capital equipment, and financial history performance.
C. Disqualification: A Bidder shall be disqualified and its unopened Bid shall be rejected by the City for
any one or more of the following reasons:
1. Reason to believe that collusion exists among the Bidders.
2. The Bidder is or has been involved directly or indirectly in litigation or arbitration against the Owner
within the past ten (10) years.
3. The Bidder has defaulted on any previous contract with the Owner within the past ten (10) years or
is in arrears on an existing contract.
4. The submittal of more than one Bid from an individual, firm, partnership, corporation or association
under the same or different names. All such parties shall be disqualified.
5. Untimely bids shall be automatically and absolutely disqualified and returned unopened. Excuses for
the untimely submittal shall not be accepted. The time of bid receipt documented by the City Clerk’s
office shall determine the timeliness of the Bid.
D. Non-responsible Bidder: A Bidder may be determined by the Owner to be “non-responsible” once Bids
are opened, and a Bid may be rejected for any one or more of (but not limited to) the following reasons:
Determination of a lack of competency as may be revealed by qualification statements, financial
statements, experience records or other information disclosed to Owner by other sources.
The Bidder's uncompleted or pending workload on other projects, which in the judgment of the Owner
may cause detrimental impact on timely completion of the Work.
The appearance of an unbalanced Bid, as determined by the Owner.
If the Bidder makes one or more false statements or provides false information in connection with any
portion of the bidding documents.
If the Bidder fails to demonstrate successful performance and completion of projects of a similar
magnitude, scope or value as this project.
E. Non-responsive Bidder: A Bidder may be deemed to be non-responsive and a Bid may be rejected for
any of, but not limited to, the following reasons:
1. If the Bidder fails to submit a complete Bid, including but not limited to, submitting evidence of all
insurance coverages required by the Bid and the Contract Documents.
2. If the Bidder fails in any way to abide by any of the provisions of the Contract Documents.
3.5 BILLING PROCEDURE
The preferred method for invoices is to send via email to ap@daniabeachfl.gov. A copy may also be mailed to
City Hall.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
24
City of Dania Beach Finance Department
Attn: Accounts Payable
100 West Dania Beach Boulevard
Dania Beach, Florida 33004
with a copy to:
City of Dania Beach Public Services Department
Attn: Fernando Rodriguez, Director
100 West Dania Beach Boulevard
Dania Beach, Florida 33004
The City will pay to the Contractor for the faithful performance of the Contract, in lawful money of the United
States, and subject to adjustments as provided in the Contract Documents, the amounts equal to the sum of the
unit, lump sum price or both established for each separately identified work item, times the estimated quantity
of that item, as indicated in the Schedule of Prices.
As provided in the Bid, the quantities entered in the Schedule of Prices for each item of work is an estimate only
and the final Contract amount and the total payment made to the Contractor will be based on the actual number
of units of each work item incorporated in the Work of the Contract. It is understood that the unit prices quoted
or established for work items will be used for computing the amount to be paid to the Contractor, based on the
quantities actually constructed as determined by the applicable measurement and payment portion of the
Specifications.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
25
4. SCOPE OF WORK
4.1 SCOPE
A. The City of Dania Beach, Florida (the “City” or “Owner”), is actively seeking bids from qualified
Contractors (the “Contractor”), for a project known as “BULK CHEMICAL PURCHASES FOR
WATER PLANT”. The purpose of this solicitation is for the purchase and delivery of bulk chemicals
needed at the City of Dania Beach’s Drinking water plant.
1. Work Included These chemicals include Corrosion Inhibitor’s, Sodium Hydroxide, anti-sealant and
citric acid. It shall be the responsibility of each firm to assure compliance with any Occupational
Safety and Health Administration, (OSHA), Environmental Protection Agency (EPA), National
Safety Foundation International (NSF) and any other Federal, State, and/or Local rules, regulations,
or other requirements, as each may apply. Where American Water Works Association (AWWA)
Standards are applicable to any chemical listed herein, the same shall be in compliance with the
latest revisions thereof. Florida Statutes, Chapter 442 Right-to Know Law, mandates on-site Safety
Data Sheets (SDS) for all toxic substances. All firms are requested to submit SDS with their bids.
2. Delivery Requirements The supplier shall be responsible for pumping all mini-bulk deliveries into
the storage tanks at the delivery sites and shall provide all necessary hoses, fittings, pumps, etc.
required to safely and efficiently offload the chemicals into designated storage tanks. Due to the
amount of product needed per delivery and connections associated with the mini-bulk tank, all
chemicals must be delivered by tote and not by tanker trucks. Suppliers shall be responsible for
ascertaining the correct storage tanks and fill point locations to prevent accidental discharge of the
product into the incorrect storage tank(s). Delivery personnel must check with water plant staff prior
to making any connection to the district’s tanks or beginning the delivery of any chemical. Delivery
and billed quantities will be verified by Dania Beach staff based on level indications and
corresponding amounts delivered. The supplier shall be responsible for inspecting Dania Beach fill
lines and equipment before filling. Vendor shall bear all expenses associated with any remedial
activities caused by incorrect transfers.
a. The supplier shall be responsible for any spills resulting from the failure of its delivery
equipment or from failure of attendant delivery personnel in the proper performance of their
duties. Proper performance should require at minimum, a delivery personnel’s constant
inspection and observation of unloading operations and knowledgeable response to problems or
emergencies, which would most commonly be expected to occur. Dania Beach reserves the right
to refuse any and all deliveries made with equipment that is poorly maintained and/or
experiencing chemical leaks.
b. It is the supplier’s responsibility to verify the cleanliness of the transporting equipment before
loading. All appurtenant valves, pumps, and discharge hoses used for the delivery of chemicals
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
26
shall be supplied by the Supplier and shall be clean and free from contaminating material. Dania
Beach may reject a load if the equipment is not properly 20 cleaned. The Supplier’s personnel
shall observe the entire filling operation at each delivery site and shall immediately report any
spills caused during the filling operations. They shall take immediate and appropriate actions to
clean up any spilled chemical. If the spill is not cleaned up, Dania Beach will hire a certified
hazardous material handling company to clean up the spill, and the cost of such service will be
charged to the supplier and deducted from any amount due.
c. Because of security and safety concerns, all delivery vehicle drivers shall have a proper
commercial driver’s license with a Hazardous Material endorsement. Supplier’s drivers shall
display their driver’s license whenever challenged by Dania Beach during the delivery. Failure to
show proper license shall result in rejection of delivery and subsequent possible termination of
the Suppliers supply agreement. If a driver does not comply with the rules established by Dania
Beach for proper conduct, Dania Beach reserves the right to restrict that driver from making
deliveries to the City. In that case, the Supplier must assign a new driver to Dania Beach’s
account.
d. Delivery shipments shall be rejected which fail to meet any of the requirements of the
Specification. In the event a delivery shipment is rejected, upon notification to the supplier that
the shipment is rejected, they will be required to ship a replacement delivery to the affected
location within four (4) hours from time of notification. Failure to provide replacement product
that meets the specification with in the specified time period will constitute failure to comply
with the delivery requirements set forth in this document.
3. Emergency Deliveries and Responses It is mandatory that the successful supplier have the
resources in place to assure an emergency response time of no more than four (4) hours for any
chemical at any time Dania Beach requests an emergency delivery be made. This requirement must
be met 24/7 on weekends and all holidays. Additionally, supplier shall provide emergency response
assistance for any chemical provided, such as SARA Title III, including but not limited to, Sec. 303
through Sec. 304. Supplier shall always be available to render assistance via phone and onsite
assistance within 1 hour to render technical and physical assistance as needed. Supplier shall have on
hand a sufficient neutralizing agent to render physical assistance as needed to address any release for
product supplied. Supplier shall also render technical assistance to any Emergency personnel needed
in a hazmat situation. Notifications to SWP and NRC shall be conducted by the City of Dania Beach.
4. Product Material Requirements and Specifications
a. Clearflow PT 2536 Corrosion Inhibitor
i. Minimum Delivery: 75 gallons
ii. Estimated Annual Usage: 1200 gallons mini-bulk
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
27
iii. Special Delivery Requirements: Without exception, the delivery containers shall be properly
labeled and the label shall indicate the mark of the certifying agency ensuring that the
product as delivered to the tank has an unbroken chain of custody and is certified to be in
total compliance with ANSI/NSF Standard 60 for drinking water. Product shall be pumped
into the bulk tanks with an electric pump; use of pressurized air to offload is not acceptable
due to danger of overfilling and damage to the tanks.
iv. Description: Product must be certified by an accredited agency to meet all the requirements
of ANSI/NSF standard 60 as delivered at the District’s facility and approved for use in
potable water under rule 555.325 F.A.C. Must comply with AWWA standards 502-05
through 505-05 as applicable.
v. Product shall be free of any inorganic or organic substances in quantities capable of
producing deleterious or injurious effects on the health of those consuming the water that has
been properly treated with the corrosion inhibitor
vi. Physical Properties: Liquid, clear in color. During manufacturing, the product shall be final
filtered two times using a 1-micron filter and shall have no contamination by visual
observation.
b. Sodium Hydroxide (Caustic Soda) – 50% Aqueous Solution
i. Minimum Delivery: 250 gallons bulk
ii. Estimated annual usage: N/A gallons
iii. Special Delivery Requirements: Without exception, the delivery container shall be properly
labeled and the label shall indicate the Mark of the certifying agency insuring that the
product as delivered to the tank has an unbroken chain of custody and is certified to be in
total compliance with ANSI/NSF Standard 60 for drinking water. Sodium Hydroxide shall be
pumped into the bulk tanks with an electric pump; use of pressurized air to offload is not
acceptable due to danger of overfilling and damage to the tanks
iv. Description: Commercial Grade approved for use in potable water under Rule 555.325
F.A.C. and certified as being in compliance with AWWA Standard B501- 08. The 50%
product shall have a SPG of 1.52 – 1.54.
c. Anti-Scalant (AWC A-109) (Proprietary blend containing Organophosphonic Acids)
i. Minimum Delivery: 275 gallons bulk
ii. Estimated annual usage: 825 gallons mini-bulk
iii. Special Delivery Requirements: Without exception, the delivery container shall be properly
labeled and the label shall indicate the Mark of the certifying agency insuring that the
product as delivered to the tank has an unbroken chain of custody and is certified to be in
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
28
total compliance with ANSI/NSF Standard 60 for drinking water. Anti-Scalant shall be
pumped into the bulk tanks with an electric pump; use of pressurized air to offload is not
acceptable due to danger of overfilling and damage to the tanks.
iv. Description: Commercial Grade approved for use in potable water under Rule 555.325
F.A.C. and certified as being in compliance with AWWA Standard B501- 08.
v. Physical Appearance: Product shall be Clear, colorless to light yellow liquid. With a
characteristic odor. Anti-scalant is completely soluble in water, has a specific gravity of 1.2 ±
0.05 and a pH of 2.5 ± 0.05.
d. LPC-9 Corrosion Inhibitor
i. Minimum Delivery: 330 gallons
ii. Estimated Annual Usage: 1000 gallons mini-bulk
iii. Special Delivery Requirements: Without exception, the delivery containers shall be properly
labeled and the label shall indicate the mark of the certifying agency ensuring that the
product as delivered to the tank has an unbroken chain of custody and is certified to be in
total compliance with ANSI/NSF Standard 60 for drinking 23 water. Product shall be
pumped into the bulk tanks with an electric pump; use of pressurized air to offload is not
acceptable due to danger of overfilling and damage to the tanks.
iv. Description: Product must be certified by an accredited agency to meet all the requirements
of ANSI/NSF standard 60 as delivered at the District’s facility and approved for use in
potable water under rule 555.325 F.A.C. Must comply with AWWA standards 502-05
through 505-05 as applicable.
v. Product shall be free of any inorganic or organic substances in quantities capable of
producing deleterious or injurious effects on the health of those consuming the water that has
been properly treated with the corrosion inhibitor.
vi. Physical Properties: Liquid, clear in color. During manufacturing, the product shall be final
filtered two times using a 1 micron filter and shall have no contamination by visual
observation
e. Citric Acid
i. Minimum Delivery: 1 tote
ii. Estimated annual usage: 200 gallons mini-bulk
iii. Product must be delivered container used for storing chemical (totes)
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
29
iv. Physical Appearance: Citric acid is liquid with an acidic taste. The solid has density of 1.66
g/mL, melting point of 153 °C and boiling point of 175 °C. It is highly soluble in water to
give an acidic, sour tasting solution.
5. Clean Tank Guarantee - At any time during the performance of this agreement if Dania Beach
finds any sludge or other impurity buildup in any of its chemical tanks, the supplier shall clean out
the tank at no charge to Dania Beach. Temporary chemical storage must be provided by the supplier
to continuous operation. The cleanout should be done in such a matter so that it is done in
accordance with applicable regulations on disposal of hazardous wastes. The supplier shall submit a
procedure to Dania Beach for approval prior to this work being completed. The determination of
whether there is any such sludge or impurity buildup in the tanks will be at the sole discretion of the
City. When the tank has been properly cleaned, the supplier shall refill the tank with clean, fresh
chemical at no additional cost. Failure of the supplier to clean out the tank and replace the chemical
within seven (7) days after being served notice shall be cause for immediate termination of the
supply agreement between The City of Dania Beach and the supplier.
6. Occupational Health and Safety
a. Supplier Safety Requirements
i. Supplier’s safety procedures must ensure that delivery personnel comply with all OSHA
requirements, including personal protective equipment for Supplier delivery personnel.
ii. Supplier delivery personnel must remain within a safe proximity while the transfer is in
progress and continuously monitor for leaking hoses, connections, or other problems. It is the
responsibility of Supplier delivery personnel to contain leaks and to report any and all spills.
b. Safety Data Sheets
i. In compliance with Chapter 442 Florida Statutes, any chemical delivered by the supplier,
must be accompanied by a Safety Data Sheet (SDS). The SDS must be maintained by the
user agency and include the following information.
ii. The chemical name and the common name of the toxic substance
iii. The hazards and other risks in the use of the toxic substance, including:
o The potential for fire, explosion, corrosivity and reactivity.
o The known acute and chronic health effects of risks from exposure, including the medical
conditions which are generally recognized as being aggravated by exposure to the toxic
substances, and the primary routes of entry and symptoms of overexposure.
o The primary routes of entry and symptoms of overexposure.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
30
o The proper precautions, handling practices, necessary personal protective equipment, and
other safety precautions in the use of, or exposure to, the toxic substances, including
appropriate emergency treatment in the case of overexposure.
o The emergency procedure for spills, fire, disposal and first aid.
o A description, in lay terms, of the known specific potential health risks posed by the toxic
substance intended to alert any person reading this information.
o The year and month, if available, that the information was compiled and the name,
address, and emergency telephone number of the manufacturer responsible for preparing
the information.
o Any questions regarding this requirement shall be directed to: Department of Labor
and Employment Security Bureau of Industrial Safety and Health Toxic Waste
Information Center 2551 Executive Center, Circle West Tallahassee, Florida 32301-5014
Phone: 800/367-4378
c. Emergency Plan of Action and Safety Training
i. Should a spill or leak occur, caused by supplier’s personnel, equipment or method of
delivery, supplier shall immediately notify Dania Beach and comply with all applicable terms
and conditions of the current version of Title III, Superfund Amendments and
Reauthorization Act of 1986, 42 U.S.C.S. 11001, et seq. (SARA) and the Florida Hazardous
Material Emergency Response and Community Right to Know Act of 1988, chapter 252,
Part II, Florida Statutes. The responsibility for compliance with Federal and State rules and
regulations regarding Supplier caused by spills or releases shall be the sole responsibility of
Supplier. The supplier shall have on hand a sufficient neutralizing agent to render physical
assistance as needed to address any release for products supplied. The supplier shall render
technical assistance to Emergency personnel as need in a hazmat situation. Notifications to
the SWP and NRC shall be conducted by Dania Beach. The supplier shall indemnify and
hold Dania Beach harmless for any failures to properly report and /or comply with this
provision. In addition, supplier shall bear all expenses of spills.
ii. As part of its Emergency Preparedness Planning and Spill Response Plan, supplier shall
submit and provide a current and updated list of 24-hour access phone numbers of at
minimum three people who are employed by, or are under contract to, provide assistance in
emergency situations. The list shall include the names, positions, and are of specialty. It
should include Chemists, Engineers, Certified Safety and Spill a response personnel, and
General Management personnel with experience in dealing with chemical emergencies. The
list shall include home, cell, and office phone numbers so that they can be reached to provide
emergency support services on a 24/7 basis in the event of a spill, equipment failure or other
emergency.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
31
d. Safe Handling Training
i. The supplier shall provide an appropriate safe handling training course for any chemical that
it supplies within the first month of the contract, to all current Dania Beach operations
personnel and shall be available to conduct “refresher” courses or new employee training at
six (6) month intervals during the contract period. The supplier shall provide this assistance
at no charge to Dania Beach.
e. Technical Assistance
i. The supplier shall provide technical assistance, as needed, regarding the application of its
product and disposal and handling of residues and sludge’s produced by the application of its
chemicals in the water treatment process. The supplier shall provide this assistance at no
charge to Dania Beach.
A. By submitting a bid, the Bidder acknowledges that he, she, or it is familiar with the scope of services
prior to submitting a bid. Failure of a Bidder to be familiar with the requirements of the Project Work
does not relieve the Contractor of the responsibility for completion of all required services for the
Project.
B. It shall also be the Bidder's responsibility to visit the proposed Project Site to become thoroughly
familiar with the nature and extent of the Work to be performed and all local existing site conditions,
and to make his or her own estimate of the facilities and difficulties attending the execution of the Work;
no allowance shall be made by the Owner for the Bidder's failure to do so.
C. Bids will be considered if submitted by qualified Contractors who or which have experience, including
similar previous work in the provision of the requested services. Contractors offering full service will
receive the highest consideration.
D. Applicants should include the following items in the submitted Bid:
1. Letter of Transmittal;
2. Anticipated time line to begin delivery of services;
3. A breakdown of the costs for the delivery of services described above.
4. Résumés of key personnel who will actually be assigned to the Project Work and a description of the
role of each person within the company.
5. NOTE: The City expects those personnel listed to be those who will be actually performing the
Project Work. Substitutions (Contractors only) will be permitted only upon written approval of the
City’s representative or designee who is in charge of the Project.
6. A list of five (5) similar projects performed in South Florida (see the BIDDER SUBMISSIONS) and
it includes the following information:
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
32
a. Name of each entity for which the work was performed;
b. Brief description of the scope of work;
c. Amount of initial contract award; and
d. Name of contact person and contact information with the entity who can knowledgeably discuss
your company’s performance.
7. Indication that the Contractor can provide increased levels of service (additional hours) at the same
cost per hour; and
8. Any other information that the Contractor feels is relevant to assist the City in evaluating
Contractor’s qualifications.
9. The City intends to award an agreement to the lowest, responsive, responsible Bidder for the
requested services specified in the ITB, taking into consideration experience, staffing, equipment,
materials, references and past performance. The City reserves the right to reject any and all bids, to
waive any informality in a bid and to make an award in the best interests of the City. In case of
disputes in the award of the agreement, the decision of the City shall be final and binding on both
parties.
10. If the Bidder to whom or to which an award is made fails to enter into an agreement, the award may
be annulled and the agreement offered to the next most qualified Bidder or to the Bidder which
offered the next lowest, responsive and responsible bid in the opinion of the City. THE
CONTRACTOR AND ANY SUBCONTRACTOR(S) SHALL NOT COMMENCE WORK ON
THE PROJECT UNTIL AN AGREEMENT HAS BEEN FULLY EXECUTED BY BOTH
PARTIES.
4.2 Important Instructions for Electronic Submittals
The City of Dania Beach is accepting electronic bid submissions. Bidders shall create a FREE account with
OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed
account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit
the electronic bid.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
33
5. BID FORM
Quantity shown below is only an estimate of the amount of each chemical to be delivered over a twelve (12)
month time period. The City makes no guarantee of any minimum amount to be delivered to the plant during
the contract time period.
Line Item Description Quantity Unit of
Measure Unit Cost Total
1 Clearflow PT 2536 Corrosion
Inhibitor 1,200 Per Gallon
2 Sodium Hydroxide (50%) 250 Per Gallon
3 Anti-Scalant (AWC A-109) 825 Per Gallon
4 LPC-9 Corrosion Inhibitor 1,000 Per Gallon
5 Citric Acid 200 Per Gallon
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
34
6. BIDDER SUBMISSIONS
1 BIDDER QUALIFICATIONS
Note: Information requested in the ITB and submitted by the Bidders will be analyzed by the City of Dania
Beach and will be a factor considered in awarding any resulting contract. The purpose is to ensure that the
successful Bidders in the sole opinion of the City of Dania Beach can sufficiently and efficiently perform all the
required services in a timely and satisfactory manner as will be required by the subject contract. If there are any
terms or conditions that are in conflict, the most stringent requirement shall apply.
1.1 Authorized representative contact information?*
Please include the name, title, phone and email of the authorized representative
*Response required
1.2 Entity type?*
☐ Corporation
☐ Partnership
☐ Individual
☐ Other (specify below)
*Response required
1.3 If you selected other please specify:
1.4 If you selected corporation please enter date of incorporation and state in which incorporated:
1.5 If an out-of-state Corporation or entity, must be currently authorized to do business in Florida by the Office
of the Florida Secretary of State
☐ Please confirm
1.6 Please include the name and title of Principal Officers and the date they were elected:*
*Response required
1.7 How many years has your organization been in business?*
Enter years
*Response required
1.8 The length of time (continuous) in business in Florida:*
Enter years
*Response required
1.9 Please upload a copy of a county or municipal Business Tax Receipt*
*Response required
1.10 Please upload the Resumes of key personnel who will be assigned to Project Work and a description of the
role of each person within the company*
*Response required
1.11 Have you ever failed to complete any work awarded to you?*
☐ Yes
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
35
☐ No
*Response required
When equals "Yes"
1.11.1 If yes, please explain below*
*Response required
1.12 Within the last five years, has any officer or partner of your organization ever been an officer or partner of
another organization that failed to complete an Agreement?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.12.1 If yes, please explain below*
*Response required
1.13 Within the last five years, have you ever had a performance, payment or bid bond called?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.13.1 If yes, please explain below*
*Response required
1.14 Have you, any officer or partner of your organization, or the organization been involved in any litigation or
arbitration against the City?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.14.1 If yes, please explain below*
*Response required
1.15 Within the last five years, have you, any officer or partner of your organization, or the organization or
parent company or its subsidiaries been involved in any litigation or arbitration against any other
Florida public entity?*
☐ Yes
☐ No
*Response required
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
36
When equals "Yes"
1.15.1 If yes, please explain below*
*Response required
1.16 Within the last five years, have you, any officer or partner of your organization, or the organization or
parent company or its subsidiaries been involved in any litigation or arbitration against any private
entity for an amount greater than $100,000?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.16.1 If yes, please explain below*
*Response required
1.17 Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent
company been charged or indicted for any criminal activity within the last five years?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.17.1 If yes, please explain below*
*Response required
1.18 Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent
company been convicted or fined for any criminal activity within the last five years?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.18.1 If yes, please explain below*
*Response required
1.19 Within the last five years, have you, any officer or partner of your organization, or the organization been
investigated by any local, state, or federal law enforcement agency, criminal justice agency or
inspector general office?*
☐ Yes
☐ No
*Response required
When equals "Yes"
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
37
1.19.1 If yes, please explain below*
*Response required
1.20 Within the last five years, have you, any officer or partner of your organization, or the organization
communicated with any local, state, or federal law enforcement agency, criminal justice agency or
inspector general office relating to goods or services provided or performed for any governmental
entity?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.20.1 If yes, please explain below*
*Response required
1.21 Within the last five years, have there been any reports or audits relating to you, any officer or partner of
your organization, or the organization issued by any local, state, or federal law enforcement agency,
criminal justice agency or inspector general office.*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.21.1 If yes, please explain below*
*Response required
1.22 Within the last five years, have you, any officer or partner of your organization, or the organization failed
to disclose or made misrepresentations to any governmental entity regarding conflicts of interest or
potential or apparent conflicts of interest?*
☐ Yes
☐ No
*Response required
When equals "Yes"
1.22.1 If yes, please explain below*
*Response required
2 Commercial/Government References
Provide a list of at least five commercial or government references that the successful Bidder has supplied
service/commodities meeting the requirements of the City of Dania Beach specifications, within the last five (5)
years
2.1 Reference 1*
Please include:
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
38
Project Title
Address
Owner & Owner's Telephone Number
Contract Value
Percent Complete and Completion Date
*Response required
2.2 Reference 2*
Please include:
Project Title
Address
Owner & Owner's Telephone Number
Contract Value
Percent Complete and Completion Date
*Response required
2.3 Reference 3*
Please include:
Project Title
Address
Owner & Owner's Telephone Number
Contract Value
Percent Complete and Completion Date
*Response required
2.4 Reference 4*
Please include:
Project Title
Address
Owner & Owner's Telephone Number
Contract Value
Percent Complete and Completion Date
*Response required
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
39
2.5 Reference 5*
Please include:
Project Title
Address
Owner & Owner's Telephone Number
Contract Value
Percent Complete and Completion Date
*Response required
3 BIDDER'S QUESTIONNAIRE
The undersigned guarantees the truth and accuracy of all statements and answers contained below:
3.1 List below all pertinent information and data that would indicate the ability of your organization and
management personnel to perform satisfactorily.*
*Response required
3.2 Have you personally completed a plan for performance of the work?*
*Response required
3.3 Have you ever failed to complete work awarded to you?*
☐ Yes
☐ No
*Response required
When equals "Yes"
3.3.1 If so, when, where and why?*
*Response required
3.4 What equipment do you own that is available for work?
3.5 Has your company ever been debarred or held in default in Broward, Miami-Dade, or Palm Beach Counties
or elsewhere by any other governmental entity?*
*Response required
3.6 How many employees (Contractors only) will be assigned to perform the services?*
*Response required
3.7 How many supervisors will be assigned to perform the services?*
*Response required
3.8 Will personnel be part of a regular crew assigned to perform the services? *
☐ Yes
☐ No
*Response required
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
40
3.9 Will you be able to provide service for emergency situations? *
☐ Yes
☐ No
*Response required
When equals "Yes"
3.9.1 If so, how much notice is required?*
*Response required
3.10 What equipment do you own that is available to complete the Project?*
EVERY PIECE OF EQUIPMENT MUST HAVE ORIGINAL FACTORY GUARDS AND SHIELDS
INSTALLED AND FUNCTIONING AT THE TIME OF WORK.
*Response required
3.11 Please attach copies of any licenses, awards, certificates, etc., that you may have.
4 REQUIRED FORMS
4.1 Will you be utilizing Surety2000 Bid Bond verification?*
Select no if uploading your bid bond
☐ Yes
☐ No
*Response required
When equals "Yes"
4.1.1. Surety2000 Bid Bond*
Please enter your Bid Bond information from Surety2000 below.
*Response required
When equals "No"
4.1.2 Bid Security*
Please download the below documents, complete, and upload.
• BID_BOND.pdf
*Response required
4.2 DRUG-FREE WORKPLACE CERTIFICATION*
Whenever two (2) or more bids/Bids, which are equal with respect to price, quality, and service, are received by
the CITY OF DANIA BEACH for the procurement of commodities or contractual services, a bid/Bid received
from a business that certifies that it has implemented a drug-free workplace program shall be given preference
in the award process. In order to have a drug-free workplace program, a business shall:
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
41
A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession or use of controlled substances is prohibited in the workplace and specifying the actions that
will be taken against employees for violations of such prohibition.
B. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
C. Give each employee engaged in providing the commodities or contractual services that are under bid a
copy of the statement specified in number (1).
D. In the statement specified in number (1), notify the employees that as a condition for working on the
commodities or contractual services that are under bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction on or plea of guilty or no contest to any
violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any
singular state, for a violation occurring in the workplace no later than five (5) days after such conviction.
E. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation
program if such is available in the employee’s community by any employee who is so convicted.
F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of
Section 287.087, Florida Statutes.
By confirming I certify that said Company has implemented a drug-free workplace program, which meets the
requirements of Section 287.087, Florida Statutes, which are identified in letters (A) through (F) above.
☐ Please confirm
*Response required
4.3 Affidavit of Compliance with Anti-Human Trafficking Laws*
Please download the below documents, complete and have notarized. An online notarization option will be
provided for you when responding.
• Anti-Human_Trafficking_Exhi...
*Response required
4.4 Sworn Statement Under 287.133 3A Florida Statutes Public Entity Crimes*
Please download the below documents, complete, and upload.
• Public_Entity_Crimes_Statem...
*Response required
4.5 Non-Collusion Affidavit*
Please download the below documents, complete, and upload.
BULK CHEMICAL PURCHASES FOR WATER PLANT Invitation To Bid (“ITB”) No. 25-021
42
*Response required
4.6 Independence Affidavit*
Please download the below documents, complete, and upload.